Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

45 -- Lease, Installation and Maintenance of Indirect-Fired Portable Heaters

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP-09-T-0010
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
Sherri Shepherd, 801-432-4093
 
E-Mail Address
USPFO for Utah
(sherri.shepherd@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. DESCRIPTION: The Utah National Guard has a requirement for lease, installation, and maintenance of 16 each Indirect-Fired Portable Heaters. Heaters must be installed and ready for use by 1 November 2009. This contract will be for one (1) year with two (2) option years. SPECIFICATIONS/PERFORMANCE WORK STATEMENT: 1.GENERAL The Forward Operating Base (FOB) is located at Camp Williams, Riverton, UT on the range west of Redwood Road. It is similar to FOBs utilized by deployed troops in Afghanistan and Iraq. The 640th Regiment, Regional Training Institute (RTI) utilizes the northern portion of the FOB during a field training exercise (FTX) as part of its Warrior Leader Course (WLC). During the FTX students are in the field for six (6) days. They occupy the tents periodically during the day as warming structures and at night to sleep. During cold weather months (November-March) it is necessary to heat the tents. The purpose of this contract is to provide all equipment, LPG supply tanks and piping, installation and maintenance for heating tents at the Camp Williams FOB. 2.TENTS The tents while lined are not insulated. One tent has the approximate dimensions of 40 L x 18 W x 8 H. Each tent is placed on a concrete pad and has 110V power available. There is a small pad between each pair of tents that has 220V power supply used to operate a heat pump (one heat pump for two (2) tents) for cooling during the summer months. There are 16 sets of tents or 32 tents that require heating. It is intended that one (1) LPG heater will heat two tents. During cold weather months, temperatures at the FOB can drop below 0 F overnight. The RTI conducts daily risk assessments to determine when ambient temperatures are too low to conduct operations. When that occurs, students are removed from the field. Heating supply for each tent must be adequate to maintain a temperature of 60 F overnight. 3.LPG HEATER SPECIFICATIONS -Indirect fire -450,000 BTU maximum output -115V/1 phase/15 amp to 120V/1 phase/20 amp -Thermostat control -3,100 CFM -Propane fueled -5 gallons/hour max consumption In addition to the specification noted above, the units must also meet the following safety requirements: -Indirect forced air heater that prevents the burner exhaust from entering the fresh air intake system. The fresh air intake port and exhaust gas ports are separate and cannot be diverted to each other. This prevents the recirculation of carbon monoxide (CO) gas into the area to be heated. The heater will remain outside of any buildings, tent or other enclosed structures. -The heater meets OSHA 29CFR1926.154 and 29CFR1910.110 standards. -There are no United States Consumer Products Safety Commission (USCPSC) recalls found. - 4.EQUIPMENT REQUIREMENTS In addition to the LPG heaters, the contractor will provide all ancillary equipment to include the following: -Insulated duct work to divert heat from one (1) heater into two (2) tents -Thermostat for each tent -CO monitors for each tent 5.LPG SUPPLY TANKS AND PIPING The contractor will provide LPG supply tanks and piping necessary to supply fuel for the 16 heaters. All LPG tanks and supply lines must meet the following requirements: -OSHA 29CFR1910.110 Storage and Handling of Liquefied Petroleum Gases -Any other requirements for location, installation and maintenance required by the Utah National Guard, Construction and Facilities Management office (CFMO), and the Camp Williams Facility Maintenance Office (to be provided in writing at the site visit). 6.SITE VISIT A site visit will be conducted on Tuesday, September 8, 2009 at 10:00 A.M. to view the FOB, tent configuration and possible location of LPG supply tanks and piping locations. If interested in attending, please contact Sherri Shepherd at sherri.shepherd@us.army.mil for meeting location and directions. 7.MAINTENANCE The contractor will provide all maintenance (set up, tear down, and service) for equipment during its use at the FOB. 8.TRAINING The contractor will provide all necessary training on use of equipment to selected RTI and Camp Williams facility maintenance personnel following installation, but prior to use. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; (b) FAR 52.219-8 Utilization of Small Business Concerns; (c) FAR 52.219-28 Post Award Small Business Program Representation; (d) FAR 52.222-3 Convict labor; (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (g) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; (h) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (i) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (j) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (k) FAR 52.222-50 Combating Trafficking in Persons; (l) FAR 52.233-3 Protest After Award; (m) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (n) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (o) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.222-25 Affirmation Action Compliance; FAR 52.233-2 Service of Protest; FAR 52.252-2 Clauses Incorporated By Reference; DFARS 252.204-7004 Central Contractor Registration, Alternate A; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) FAR 52.203-3 Gratuities; (b) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (c) DFARS 252.232-7003 Electronic Submission of Payment Requests; (e) DFARS 252.243-7002 Requests for Equitable Adjustment; and (f) DFARS 252.247-7023 Transportation of Supplies by Sea. DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) offerors capability to provide the services required; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost or price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. INSTRUCTIONS: Offers shall include (1) a detailed quote to include all costs required for the completion of the contract in accordance of the Performance Work Statement for the base year and each option year; (2) descriptive literature on the proposed heater; (3) 2 or 3 completed attached past performance questionnaires from the most current past performance references for similar work covered by this solicitation; (4) completed provision at 52.212-3, Offeror Representations and Certifications Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Offers shall be received NLT 10:00 A.M. on 14 September 2009. Offers may be sent via e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above. Phone calls will not be accepted or returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP-09-T-0010/listing.html)
 
Place of Performance
Address: Regional Training Institute 17800 South Camp Williams Road Riverton UT
Zip Code: 84065-4999
 
Record
SN01934522-W 20090902/090901002433-d0555feb45d5176a3406147234cbc70d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.